Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2019 FBO #6481
SOLICITATION NOTICE

73 -- Commercial-Grade Dishwasher w pot/pan/utensil washer, Supply Chain Management

Notice Date
8/20/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q1228
 
Response Due
8/26/2019
 
Archive Date
9/25/2019
 
Point of Contact
Gene.Chu2@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C26219Q1228 is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2005-95, January 19, 2017. (iv) This solicitation is intended to award a total set-aside procurement to a(n) SDVOSB Service-Disabled Veterans Owned Small Business, with associated NAICS North American Industrial Classification System Code 333318 and business size standard of 1000 employees. The US Government seeks to procure one (1) commercial-grade dishwasher with pot/pan/utensil washer for the VA San Diego Healthcare System. (vi) In accordance with FAR 52.211-6, the technical specifications for this requirement is listed as brand name or equal. Offeror quotes must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise will be considered non-responsive. Salient Characteristics for Commercial-Grade Dishwasher w/ Pot, Pan & Utensil Washer: Must be a single-tank, two-door, push-through design Must be stainless steel constructed w/ front enclosure panel to protect motors & controls from moisture Must have adjustable feet Must have wash & rinse cycles, capable of heating water to 180 Degrees F for sanitizing Control Panel must be in splash proof protection Tank must have automatic fill Must have adjustable cycle times Must fit footprint of 32.65 width x 31 depth Must include scheduled removal & installation of old/new unit Brand Name Information: Part# Description / Details Manufacturer QTY Stero U 31 A Utensil Washer, high temp., straight thru design, single tank, single rack, tank heat to be specified, auto fill, auto & manual controls, 180 ° hot water sanitizing, stainless steel construction, includes (4) racks, 3 hp pump Dimensions 69(h) x 32.63(w) x 31(d) 8" stainless steel adjustable feet Stero 1 208v/60/3 ph, standard UTMO 3 Steam Coil tank heat, 15 40 PSI consumption @ 20 PSI flow (thermostatic control & low water cut off) UTMO 7 Kit 55 pre plumbed and installed 3/4" pressure regulator, shock arrestor, flow pressure gauge and line strainer to solenoid valve UTMO 12 Utensil Washer Dish Machine Options and Accessories. SWB 380 Steam Booster Heater UTMO 14 Utensil Washer Dish Machine Options and Accessories. Inter-plumbed and Inter wired Steam Booster (vii) Delivery shall occur within 30 days after award date to the following FOB destination: Department of Veterans Affairs VA San Diego Healthcare System 3350 La Jolla Village Drive, Warehouse Building 1 San Diego, CA 92161 (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. (ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest price technically acceptable. Technical acceptability shall be established by review of each submitted quote by the designated technical evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling and convincing evidence that equal-to items meet all the salient characteristics. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) 52.212-3-- Offeror Representations and Certifications -- Commercial Items The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through https://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] [(c) through (u) of the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov.] (End of Provision) (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) N/A (xiv) N/A (xv) All offeror quotes for this solicitation must be received electronically through email to Gene Chu at gene.chu2@va.gov no later than August 26, 2019, 1:00 PM PST. Ensure to reference solicitation number 36C26219Q1228 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. (xvi) Any questions regarding this solicitation must be received electronically through email to Gene Chu at gene.chu2@va.gov no later than August 22, 2019, 1:00 PM PST. Ensure to reference solicitation number 36C26219Q1228 within subject line of the email. Clauses Incorporated by Reference (Feb 1998) [FAR 52.252-2] This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. FAR/VAAR Title Date 52.211-6 Brand Name or Equal Aug 1999 52.212-1 Instructions to Offerors Commercial Items Oct 2018 52.212-4 Contract Terms and Conditions Commercial Items Jan 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Jan 2019 52.217-6 Option for Increased Quantity Mar 1989 852.203-70 Commercial Advertising May 2018 852.237-70 Contractor Responsibilities Apr 1984 852.246-71 Inspection Jan 2008 Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q1228/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161
Country: USA
 
Record
SN05411687-F 20190822/190820230042 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.